Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SOLICITATION NOTICE

66 -- Particle Counter

Notice Date
8/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-T-1055
 
Response Due
8/26/2011
 
Archive Date
10/25/2011
 
Point of Contact
Sheryl R. Ball, 928-328-2398
 
E-Mail Address
MICC Center - Yuma Proving Ground
(sheryl.ball@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, Effective 04 August 2011 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20110725 (Effective 25 July 2011) Edition. A Firm Fixed Price (FFP) award is anticipated. It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment. The solicitation is issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 334516 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/ccr/default.aspx. Quotes are being solicited on a Lowest Price/Technically Acceptable (LPTA) basis. The manufacturer of the Brand Name or Equal items being solicited is Spectro, Inc., 160 Ayer Road, Littleton, MA 01460 U.S.A. Offerors proposing to furnish other than the brand name items being solicited shall provide sufficient technical literature to enable the government to determine that the proposed items meet or exceed all of the minimum salient characteristics of the brand name items being solicited. The CSS and minimum salient characteristics are located at the U.S. Army Mission and Installation Contracting Command Center-Yuma website at: http://www.yuma.army.mil/site_contracting.asp. The quotation shall consist of one Contract Line Item Number (CLIN): CLIN 0001, Quantity: 1, Unit of Issue: Each, Description: One (1) Combined Particle Counter, Particle Shape Classifier, and Viscometer optimized for in-service oil analysis, Part Number: SpectroLNF Q200 Item to include the following instruments: One (1) Computer Monitor, 19" LCD, Part Number CM-08; One (1) Computer Workstation, Part Number CT-08; One (1) LaserNet Fines Software, Part Number LNF-201B; One (1) LNF Q200 User Operation & Maintenance Manual, Part Number LNF-210; One (1) LNF Particle Counter Check Fluid, Part Number LNF-509; One (1) LNF Q200 Universal Spares Kit, Part Number LNF-901; One (1) Cable USB A-B 1.0M, Part Number M68270; One (1) Ultrasonic Cleaner B200 117 Volt 50/60 Hz version required to remove air bubbles after shaking samples; Part Number M97101A; One (1) Category II Packaging; Part Number Q0002; One (1) Category III Packaging, Part Number Q0003. All quotes shall include transportation costs to U.S. Army Yuma Proving Ground (USAYPG), Yuma, AZ 85365. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number #W9124R-11-T-1055 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6849 no later than 26 August 2011 at 1:00 PM Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 19 August 2011 at 11:00 AM MST. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Complete the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), and submit a signed copy of FAR Clause 52.212-3(b); or a completed copy of FAR 52.212-3, Representations and Certifications with Alternate I. Note: In order to complete the Representations and Certifications go to the Air Force Website at http://farsite.hill.af.mil, locate the referenced provision, copy and paste it to a Word document and complete. If you have completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), you are only required to submit a signed copy of FAR Clause 52.212-3(b); (4) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax; (5) A statement indicating that the Government Visa Credit Card will be accepted as the method of payment; and (6) Acknowledgment of Solicitation Amendments. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.212-1, Instructions to Offerors of Commercial items (Jun 2008) 52.212-3, Offeror Representations and Certifications Commercial Item (May 2011) with Alternate I (May 2011) FAR Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jun 2010) FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (May 2011) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-36, Payment Third Party (Feb 2010) FAR Clauses added by addendum: 52.247-34, FOB Destination (Nov 1991) 52.252-2, Clauses Incorporated By Reference (Feb 1998) DFARS Provisions: 252.225-7000 Buy American Act-- Balance of Payments Program Certificate (Dec 2009) DFARS Clauses: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Jan 2009) 252.225-7001, Buy American Act - Balance of Payments Program (Jan 2009) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002) DFARS clauses added by addendum: 252.211-7003, Item Identification and Validation (Jun 2011) 252.232-7010, Levies on Contract Payments (Dec 2006) If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6849 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/72528ed8b70b71bd7c1781699ca4a13c)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02531163-W 20110813/110812000038-72528ed8b70b71bd7c1781699ca4a13c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.